26
Signature of tenderer/s Page 0 of 25 f.DRM (Engg)/RNC Tender notice no. DRM (Engg)/RNC/11/2016, dt. 29.03.2016 Name of Work “Provision of Deep bore well and ancillary works under jurisdiction of SSE(Works)/Hatia” . Tender Value `42,95,715/-(`38,99,877/-+ service tax `3,95,838/-) Earnest Money `85,920/- Cost of Tender document including service tax `3,000/-(Cost of tender document +435/- (service tax) =3,435/- Date of opening 04.05.2016

DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 0 of 25 f.DRM (Engg)/RNC

Tender notice no. DRM (Engg)/RNC/11/2016, dt. 29.03.2016

Name of Work “Provision of Deep bore well and ancillary works under jurisdiction of SSE(Works)/Hatia” .

Tender Value `42,95,715/-(`38,99,877/-+ service tax `3,95,838/-)

Earnest Money `85,920/-

Cost of Tender document including service tax

`3,000/-(Cost of tender document +435/- (service tax) =3,435/-

Date of opening 04.05.2016

Page 2: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 1 of 25 f.DRM (Engg)/RNC

South Eastern Railway

Ranchi Division

The following details should be mentioned.

Sl.no. Item Details

1. Name of Firm

2. Details of firm (Partnership/ proprietorship / limited co. etc.)

3. Address with valid phone no./ mobile no and e-mail address

4. Tender document fee (enclosure details – Non refundable)

5. EMD Details.

6. Permanent account number

Page 3: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 2 of 25 f.DRM (Engg)/RNC

CHECK LIST The following document should be submitted along with tender.

Sl.no. Document submitted ‘Put ‘√’ in the boxes’ in

the boxes

1. Cost of tender paper

2. Earnest money in the requisite form

3. Address proof document

4. Details of firm (Partnership/ proprietorship / co. / limited co. etc.)

5. List of Personnel, Organization available on hand and proposed to be engaged for the subject work.

6. List of Plant & machinery available on hand (own) proposed to be inducted (own and hired to be given separately) for the subject work.

7. List of Works completed in the last three financial years giving description of works, organization for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should also be given.

8. List of works on hand indicating description of work, contract value, approximate value of balance work yet to be done and date of award.

9. Information regarding Employment/Partnership etc. of Retired Railway Employees as per clause 17 of condition of tender.

Page 4: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 3 of 25 f.DRM (Engg)/RNC

South Eastern Railway

Ranchi Division Tender Notice

Annexure-I 1.The Divl.Rly.Manager (Engg)/SE.RLY/RNC invites sealed open tender vide tender notice No. DRM (Engg)/RNC/11/2016 dt.29.03.2016 for the work “Provision of Deep bore well and ancillary works under jurisdiction of SSE(Works)/Hatia”

Date Time

a) Date and time of receiving Tenders From 02.05.2016 up to 15.00 hrs on 04.05.2016 b) Date and time of opening tenders 04.05.2016 at 15.15hrs. or later c) Tender documents will be issued From 18.04.2016 up to 11.00 hrs on 04.05.2016

during the office hours on working days.

d) Tender value `42,95,715/-(`38,99,877/-+ service tax `3,95,838/-) e) Completion time 02(two) month from the date of issue of acceptance

letter f) Full earnest money `85,920/-

g) Cost of Tender document including service tax `3,000/-(Cost of tender document +435/- (service tax) =3,435/-

2. The tender should be in the prescribed form obtainable from the office of the GM(Engg)/GRC,

DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost of tender form for each set from the Chief Cashier/GRC, Divl. Cashier/RNC or Chief Booking clerk/RNC, HTE & MURI.

In case of money receipt, tenderers are required to submit separate MR for cost of tender document under allocation -Z/652 and service tax under allocation 000044.

Tender document will also be available in the website www.tenders.gov.in and can be down loaded and used as tender document for submitting the offer. Separate demand draft in favour of “FA & CAO, S. E. Rly. Garden Reach”, towards the cost of tender document as mentioned above shall have to be enclosed in addition to earnest money while submitting the tender, otherwise the tender will be summarily rejected. Railway Administration shall not be responsible for any delay/difficulties /inaccessibility of the down loading facility for any reason whatsoever. In case of any discrepancy between tender document on internet and the master copy available in the office, the latter shall prevail and will be binding on the Tenderer(s). No claim in this account will be entertained.

The tender form is not transferable.

In no circumstances the amount paid for the tender form will be refunded.

Without proper earnest money tender will be rejected.

Tenderer/s have to submit technical and financial credentials along with the tender failing which their tender shall be liable for rejection.

Permanent Account Number _____________________________________

Reference to Earnest money._____________________________________

Eligibility criteria (i) The tenderer (s) shall be eligible only if he/they fulfill Eligibility Criteria of having received total contract amount

during the last three financial years and in the current financial year with a minimum of 150% of the advertised tender value.

Page 5: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 4 of 25 f.DRM (Engg)/RNC

(ii) Authentic Certificates shall be produced by the tenderer (s) to this effect which may be an attested Certificate

from the employer/client, Audited balance Sheet duly certified by the Chartered Accountant etc.”

N.B. i) If in any case opening of the instant tender will not be possible on specified date then the same

will be opened on next working day.

ii) Contractor(s) registered with construction organization will not have facility for participating in tender with his/their standing earnest money.

iii) PEMD is not valid for this tender.

iv) The Railway reserves the right to either cancel the tender or reject any or all the tenders without assigning any reason thereof.

3. Tenderers are required to quote their permanent Account Number in the tender document. 4. The tender form will not be issued after the time mentioned at 1(c ) on page of Annexure-I.

5. All the pages of tender documents are required to be signed by the tenderer/s.

6. Rate to be quoted by the Tenderer/s in Annexure-III of tender form.

7. (a) The Earnest Money should be in cash or Banker’s Cheques/Demand Drafts in favour of FA & CAO of the S.E Railway, executed by state Bank of India or any of the Nationalized Banks or by a Scheduled Bank..

7. (b) The amount mentioned in of Annexure-I as Earnest Money deposit for the due performance of the stipulated to keep the offer open for the period of 90 days from the date fixed for opening the same. It shall be understood that the tender documents have been sold/issued to the tenderer and the tenderer is permitted to tender in consideration of the stipulation of his part that after submitting his tender he will not resile from his offer or modify terms and conditions thereof in a manner not acceptable to the Divl. Rly. Manager (Engg)/S.E.Rly/Ranchi. Should the tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Rly.

8. Tenders will be opened at specified time and date in the office of the, GM (Engg)/ GRC, Divl. Railway Manager/ (Engg)/ S.E.Rly/Ranchi & AEN- Muri simultaneously.

9. Service tax will be applicable to the tender. 10. The corrigendum/Addendum, if any, shall be made available on website http://www.tenders.gov.in and

no further press notification shall be issued in this regard, All prospective tenderer(s) are advised to see the website regularly for corrigendum / addendum issued, if any, for tender.

11. It is the responsibility of the tenderer to check any correction or any modification published subsequently in web site and the same shall be taken into account while submitting the tender. Tenderer shall download corrigendum (if any), put it out, sign and attach it with the main tender document.

Page 6: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 5 of 25 f.DRM (Engg)/RNC

South Eastern Railway Ranchi Division

TENDER

To The President of India, Acting through the Divisional Railway Manager (Engg.), South Eastern Railway/Ranchi. 1. I/We have read the various conditions to tender attached hereto and hereby agree to abide by the said conditions. I/We also agree to keep, this tender open for acceptance for a period of 90(Ninety) days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my/our full earnest money. I/We offer to do the work which is endorsed in Annexure-I (Tender Notice page) at the rates quoted in attached schedule and hereby bind myself/ourselves to complete the work in stipulated time from the date of issue of latter of acceptance of the tender. I/We also hereby agree to abide by the General and special conditions of contract and to carry out the work according to the standard specifications for materials and works laid down by the Railway for the present contract. 2. A sum as stipulated in Annexure-I is herewith forwarded as fully earnest money mentioned above. The full value of the earnest money shall stand forfeited without prejudice to any other right or remedies if. (a) I/We do not execute the contract documents within seven days after receipt of notice issued by the

Railway that such documents are ready; and (b) I/We do not commence the work within fifteen days after receipt of orders to that effect. 3. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications as may be mutually agreed to between us and indicates in the letter of acceptance of my/our offer for this work.

Signature of the Tenderer/s Dated Signature of witness: (1)_____________________ (2)_____________________

Page 7: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 6 of 25 f.DRM (Engg)/RNC

South Eastern Railway Ranchi Division

Annexure-II CONDITION OF TENDER

1. The drawings for the works can be seen in the office of the Divisional Railway Manager (Engineering)/South Eastern Railway/Ranchi at any time during office hours.

2. Indian Railway standard general condition of contract July 2014 and correction up to-date which can be seen at the office of the Divl.Rly.Manager (Engg.)/S.E.Rly/ Ranchi are binding on the contract and shall form part and parcel of the contract unless otherwise stated in the special condition and specifications in the tender papers. Indian Railway standard general condition of contract July 2014 can be downloaded from website indianrailways.gov.in.

3. The tenderer/tenderers shall quote his/their rates as per tender schedule items only as asked in the tender schedule of Rates.

4. Tenders containing erasures and alterations of the tender documents are liable to be rejected. Any corrections made by the tenderer/tenderers in his/their entries must be attested by him/them.

5. The works are required to be completed within the time mentioned in the first page from the date of issuing acceptance letter.

6. The tender must be accompanied by full earnest money deposited in cash or in any of the form mentioned in Annexure-I, failing which tender will not be considered. The tenderer shall hold the offer open till such date as may be specified in the tender. It is understood that the tender documents have been sold/issued to the tenderers and the tenderer is permitted to tender in consideration of the stipulation on his part that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Divl.Rly.Manager (Engg.)/South Eastern Railway/ Ranchi. Should the tenderer fail to observe or comply with the said stipulations and in case the tenderer withdraw his offer within the validity period of his offer or fails to undertake the contract after acceptance of his tender the full earnest money shall be forfeited. If the tender is accepted the amount of earnest money will be retained and adjusted as security deposit for the due and faithful fulfillment of the contract. The earnest money of the unsuccessful tenderers shall save as here-in-before provided be returned to the unsuccessful tenderers within a reasonable time but the Railway shall not be responsible for any loss or depreciation that my happen to the security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the earnest money while in their possession nor be liable to pay interest thereon.

7. It shall not be obligatory on the said authority to accept the lowest tender and no tenderer/tenderers shall demand any explanation for the cause of rejection of his/their tender.

8. If the tenderer(s) deliberately gives/give wrong information in his/their tender or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage.

9. If the tenderer(s) expires after the submission of his/their tender or after the acceptance of his tender, the Rly. shall deem such tender as cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender, the Rly. shall deem such tender as cancelled unless the firm retains its character.

10. The earnest money deposited by the contractor with his tender will be retained by the railway as part of security for the due and faithful fulfillment of the contract by the contractor. The balance to make up the security deposit, the rates for which are given below may be deposited by the contractor in cash or may be recovered by percentage deduction from the contractor's "on account" bills provided also that in case of defaulting contractor, the Railway may retain any amount due for payment to the contractor on the pending on account bills so that amount so retained may not exceed 10% of the total value of the contract.

Unless otherwise specified in the special conditions, if any, the Security Deposit/rate of recovery/mode of recovery shall be as under: - (a) Security Deposit for each work should be 5% of the contract value.

Page 8: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 7 of 25 f.DRM (Engg)/RNC

(b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered.

(c) Security Deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit.

Security Deposit shall be returned to the contractor after the physical completion of the work as certified by the Competent Authority. The Competent Authority shall normally be the authority who is competent to sign the contract. If this Competent Authority is of the rank of lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate interalia should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained.

11. Performance Guarantee (PG) The procedure for obtaining Performance Guarantee is outlined below:

a) The successful bidder shall have to submit a performance guarantee (PG) within 30(thirty) days from the date of issue of letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

b) The successful bidder shall submit the performance guarantee (PG) in any of the following forms, amounting to 5% of the contract value. (i) A deposit of cash. (ii) Irrevocable bank guarantee (iii) Government securities including State Loan Bonds at 5% below the market value. (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of

performance Guarantee could be either of State Bank of India or any of the Nationalized Banks. (v) Guarantee Bonds executed or Deposits Receipts tendered by all Schedule Banks. (vi) A Deposit in the Post Office Saving Bank. (vii) A Deposit in the National Savings Certificates. (viii) Twelve years National Defence Certificates. (ix) Ten years Defence Deposits. (x) National Defence Bonds. and (xi) Unit Trust Certificate at 5 percent below market value or at face value whichever is less.

Also FDR in favour of FA & CAO (Free from any encumbrance) may be accepted. Note: - The instruments as listed above will also be acceptable for guarantees in case of mobilization advance.

c) A Performance Guarantee shall be submitted by the successful bidder after the letter of acceptance (LOA) has been issued, but before signing of the contract agreement. This PG shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of PG extended to cover such extended time for completion of work plus 60 days.

d) The Value of PG to be submitted by the Contractor will not change for variation up to 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional performance guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the Contractor.

Page 9: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 8 of 25 f.DRM (Engg)/RNC

e) The Performance Guarantee (PG) shall be released after physical completion of the work based on Completion Certificate issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall, however be released only after expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor.

f) Wherever the contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be encashed .The balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm.

g) The engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:

(i) Failure by the Contractor to extend the validity of the Performance Guarantee as described herein

above, in which event the Engineer may claim the full amount of the Performance Guarantee. (ii) Failure by the contractor to pay President of India any amount due, either as agreed by the

contractor or determined under any of the Clauses/Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer.

iii) The Contract being determined or rescinded under provision of the GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

12. Tenders must be enclosed in sealed cover mentioning the name of work on top of the cover as mentioned

in Annexure-I. 13. Non-compliance with any of the conditions set forth therein above is liable to result in the tender being

rejected. 14. The authority for the acceptance of the tender will rest with the South Eastern Railway, who does not bind

himself to accept the lowest or any other tender or does he undertake to assign reasons for declining to consider any particular tender or tenders.

15. The successful tenderer/tenderers shall be required to execute agreement with the President of India acting through the Divisional Railway Manager (Engineering)/South Eastern Railway/Ranchi for carrying out the work as per Indian Railways Unified Standard Specifications (Works & Materials) Volume-I & Volume-II of 2010 and Indian Railway standard general condition of contract July 2014 and correction up to-date, special conditions/specification annex to the tender.

16. The tenderer(s) shall keep the offer open for a minimum period of 90 days from the date of opening of the tender, within which period the tenderer(s) cannot withdraw his/their offer, subject to the period being extended further if required, by mutual agreement from time to time. Any intervention of the above condition will make the tenderer liable for forfeiture of his security deposit for due performance of the foregoing stipulation.

17. Should a tenderer be a retired Engineer of the Gazetted Rank or any other Gazetted Officer working before his retirement, whether in executive or Administrative capacity, or whether holding a pensionable post or not, in the Engineering department of any of the Railway owned and administered by the President of India for the time being or should a tenderer being a partnership firm have as one of its partners a retired Engineer or a retired Gazetted Officers as aforesaid, or should a tenderer being an incorporated company have any such retired Engineer or retired officer as one of its directors, or should tenderers have in his employment any retired Engineer or retired Gazetted officer as aforesaid, the full information as to the date of retirement of such Engineer or Gazetted officer from the said service and in case where such Engineer or officer had not retired from the Govt. Service at least one year prior to the date of submission of the tender as to whether permission for taking such contract, or if the contractor be partnership firm or an incorporated company, to become a partner or Director as the case may be, or to take employment

Page 10: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 9 of 25 f.DRM (Engg)/RNC

under the contractor has been obtained by the tenderer or the Engineer or the officer as the case may be from the President of India or any officer duly authorized by him in this behalf shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or a statement to the effect that no such Retired Engineer or Retired Gazetted officer is so associated with the tenderer, as the case may be, shall be rejected.

18. Should a tenderer or contractor being an individual on the list of approved contractors, have a relative(s) or in the case of partnership firm or company of contractors one of or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in gazetted capacity in the Engineering department of the South Eastern Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision of clause 62 of the General Conditions of Contract.

19. Should a tenderer find the discrepancies in, or omissions from the drawings or any of the tender forms or should be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written instruction to all tenderers. It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful tenderers shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

20. Earnest Money Deposit (EMD):- The tenderer shall be required to deposit earnest money with the tender for the due performance of the stipulation to keep the offer open till such date as specified in the tender, under the condition of tender, Annexure-I. The earnest money shall be estimated in tender value as indicated below:-

Value of the work(Tender Value) EMD

For works estimated to cost up to `1 Crore. 2% of the estimated cost of the work.

For works estimated to cost more than ` 1 Crore

` 2 lakhs plus ½% (half percent) of the excess of estimated cost of work beyond `1 Crore subject

to a maximum of ` 1 Crore.

The earnest money shall be rounded to the next `10/- The Earnest Money should be in cash or Banker’s Cheques/Demand Drafts in favour of FA & CAO of the S.E Railway, executed by state Bank of India or any of the Nationalized Banks or by a Scheduled Bank.. In case the tenderer withdraws his offer within the validity period of his offer or fails to undertake the contract after acceptance of his tender the full earnest money should be forfeited. In case of labour co-operative societies only 50% of the earnest money normally taken from the contractors is to be obtained in respect of works contractors. Registered unemployed Civil Engineering Graduates need not deposit earnest money along with tender for civil engineering works up to limit of `1, 00,000/-each. In case of acceptance of the tender, the earnest money will be retained by the Railway as part of the security for the due and faithful fulfillment of the contract in terms of clause-16 of the General Conditions of Contract. The Railway Administration, however, reserves the right to fix a lower or higher percentage and or the maximum amount of earnest money for any individual work.

21. If the tender is accepted this earnest money will be retained as part security for the due and faithful fulfillment of the contract in terms of clause-16 of the General Conditions of Contract. The earnest money of other tenderers shall save as herein before provided, be returned to them but the Railway shall not be responsible for any loss of depreciation that may happen there to while in their possession, not be liable to pay interest thereon.

Page 11: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 10 of 25 f.DRM (Engg)/RNC

22(a) Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he entered in the tender form are adequate and all inclusive to accord with the provisions in clause-37 of the General Conditions of Contract for the completion of work to the entire satisfaction of the engineer.

22(b) The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of a partnership concern, he should submit the certified copy of partnership deed along with the tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor. The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorising him/them to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign "No Claim Certificate" and refer all or any disputes to arbitration.

23. The Railway reserves the right of not invite tenders for any of the railway work/works or to invite open or limited tenders and when tenders are called, to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for such action.

24. The tenderers whose tender is accepted shall be required to appear at the office of the Divisional Railway Manager/Engg/South Eastern Railway/Ranchi in person or if a Firm or Corporation a duly authorized representative shall so appear and to execute the contract documents.

25. In the event of any tenderer whose tender is accepted shall refuse to execute the contract documents as herein before provided, the Rly. may determine that such tenderer has abandoned the contract and there upon his tender and the acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of earnest money and to recover the damages for such default.

26. Variation in contract quantities. The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts:

1) Individual NS items in Contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required.

2) In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions:

(a) Operation of an item more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. grade.

(i) Quantities operated in excess of 125% but up to 140% of agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender.

(ii) Quantities operated in excess of 140% but up to 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender.

iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

Page 12: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 11 of 25 f.DRM (Engg)/RNC

(b) The variation in quantities as per the above formula will apply only to the individual items of the Contract and not on the overall contract value.

(c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tender or by negotiating with existing contractor, with prior personal concurrence of FA & CAO/FA & CAO (C) and approved of General Manager.

3. In cases where decrease is involved during execution of contract. a) The contract signing authority can decrease the items up to 25% of individual item without

finance concurrence. b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval

of an officer not less than rank of S.A. Grade may be taken, after obtaining No claim Certificate from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities.

c) It should be certified that the work proposed to be reduced will not be required in the same work. 4. The limit for varying quantities for minor value items shall be 100% (as against 25%

prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.

5. No such quantity variation limit shall apply for foundation items. 6. As far as SOR items are concerned, the limit of 25% would apply to the value of SOR

schedule as a whole and not an individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate of individual item rate.)

7. For the tender accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies.

8. For tender accepted by General Manager, Variations up to 125% of the original agreement value may be accepted by General Manager.

9. For tenders accepted by Board Members and Railway Ministers, variation up to 110% of the original agreement value may be accepted by General Manager.

10. The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per Single tender should be obtained

27. The places, locations where contractor’s vehicles are permitted to ply adjacent to the running lines the contractors are required to erect a bamboo barricade 10’-0” away from the center of the track to give an indication to the plying vehicles to keep strict watch of the barricade. Rly. Administration will post an experienced gang man to act as Flagman at the location to prevent any accident. Wages involved for posting of such Flagman shall be borne by the contractor.

28. For settlements of disputes & Arbitration provision of relevant clauses of Indian Railway standard general condition of contract July 2014 with up-to-date correction slip will be followed.

29. All these conditions and specifications should carefully be studied by the tenderer/tenderers before submitting his/their tender. He/they should in his/their own interest be well acquainted with the site of work.

The above particulars and conditions and instructions are understood and accepted by me/us.

Page 13: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 12 of 25 f.DRM (Engg)/RNC

South Eastern Railway Ranchi Division

Annexure-III Tender Form (Third sheet)

SCHEDULE OF RATES AND QUANITIES

Name of work: Provision of Deep bore well and ancillary works under jurisdiction of SSE (Works)/Hatia.

Sl. No.

I t e m s Approx Qty./ Basic Value

Rates (exclusive of service tax while inclusive of all other taxes and charges as leviable by the Central Government, State Government and local authority) to be quoted by the Tenderer/s

Service tax @14.50 % on 70%quoted value. (in Rs.)

1 Execution of all works (Except supply of cement and steel) covered under items of S.E. Rly. Unified Standard Schedule of Rates (Works & Materials)-2010 with all correction slips up to date.

30,53,044/- @..............%(……………………………………………………Percent) above /below.

…………………………………………………………………………………………………………

2. Execution of works for supply of cement covered under items of S.E.Rly. Unified standard schedule of Rates (Works & Materials) - 2010 with all correction slips up to date.

25,358/- @..............%(……………………………………………………Percent) above /below.

…………………………………………………………………………………………………………

3. Execution of works for supply of steel covered under items of S.E. Rly. Unified Standard Schedule of Rates (Works & Materials)-2010 with all correction slips up to date.

14,523/- @..............%(……………………………………………………Percent) above /below.

…………………………………………………………………………………………………………

Note:

1. If above or below is not made clear by tenderer by striking out one of these, No cognizance will be given to the tender and it will be liable to be rejected.

2. If the rates in figure and words don’t tally, the rates in words will be accepted as final. 3. The tenderer are requested to quote rate exclusive of service tax while inclusive of all other taxes

and charges as leviable by the Central Government, State Government and local authority and Service Tax, otherwise offer will be summarily rejected.

Page 14: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 13 of 25 f.DRM (Engg)/RNC

Special condition on service tax

1. Service Tax is leviable on works contracts @ of 14.50% (except original works) unless otherwise

exempted vide Service Tax Notification 06-2015 read with Service Tax Notification no.25-2012.

Henceforth Service Tax is leviable @ 14.50% w.e.f. 15.11.2015 or as applicable from time to time on

the value as determined under Para 2 of Service Tax (determination of Valuation) Rules 2006, issued

vide Notification no. 24/2012-Service Tax dt.06/06/2012, and as amended from time to time.

2. The responsibility of payment of service tax to the service tax authority vest in the contractor. Any

charges due to delay in submission of service tax shall also be borne by the contractor.

3. Contractors submitted tender should obtain their Service Tax registration and provide the registration

number along with their Service Tax registration certificate (ST-2) before signing of agreement failing

which the contract shall be terminated with forfeiture of EMD, PG and all other dues, if any payable

against the contract.

4. After execution of the work, subsequent on-account bills shall be passed only on production of

documentary evidence of Service Tax paid to the Government of India by the Contractor for the

Contract.

5. Security deposit will be released only on production of documentary evidence of payment of Full Service

Tax to the Government of India by the Contractor for the work.

f. DRM(Engg)

Page 15: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 14 of 25 f.DRM (Engg)/RNC

South Eastern Railway Ranchi Division

N O T E 1. The entire work should be completed in all respect within 02(two) months from the date of issue of

acceptance letter. 2. South Eastern Railway”Schedule of Labour and Materials Rates, Revised Edition 2001(Volume-I) [For P-

Way Works of section-Z], Unified Standard Schedule of Rates -2010 (Works & Materials), Indian Railways Unified Standard Specifications (Works & Materials) Volume-I & Volume-II of 2010 for relevant items and Indian Railway standard general condition of contract July 2014 and correction up to-date will be applicable in this contract including payment and penalty clause.

3. The rates to be quoted are inclusive of all lead, lift, loading, unloading, and handling, Sales Tax and all other charges and taxes liable by the State as well as Central Govt. from time to time.

4. The items of works to be executed by the contractor against item no. 1 to 3 mentioned above in tender schedule are approx. These quantities may vary and new items may be executed against USSOR2010 items.

Name of work: “Provision of Deep bore well and ancillary works under jurisdiction of SSE(Works)/Hatia”

S/No. Description Qty. Unit Rate Amount

1 Drilling of bore well for specified depth in all types of soil and rock mechanically with all contractor’s tools, plants, material and labour up to 75 meters For 200 mm dia [171522]

2500 Mtr. 432.37 10,80,925/-

2 Drilling of bore well for specified depth in all types of soil and rock mechanically with all contractor’s tools, plants, material and labour up to 75 meters Extra over 75m drilling for 200mm dia [171525]

1825 Mtr. 86.47 157808

3 Providing supplying, lowering and fixing in bore unperforated MS casing pipe 6 mm thickness up to specified depth below ground level with all contractor’s tools, plants, material and labour etc. complete.(171543)

350 Mtr. 1138.01 398304

4 Providing, supplying and fixing mild steel plug or screw cap of standard make on top of casing pipe on completed bore as directed by Engineer-In-Charge 200mm dia [171563]

12 Nos. 163.89 1967

5 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work50 mm dia. nominal bore [131156]

2250 Mtr. 367.86 827685

6 India Mark-II pump as per IS – 9301 complete in all respect including hand pump, cylinder, 6 no. connecting rods of approved quality(258100)

3 Each 7787.42 23362

7 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end) 40 mm nominal bore [132033]

20 Nos. 818.75 16375

Page 16: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 15 of 25 f.DRM (Engg)/RNC

8 Earth work in excavation as per approved drawings and dumping at embankment site or spoil heap, within railway land, including 50m lead and 1.5m lift, the lead to be measured from the centre of gravity of excavation to centre of gravity of spoil heap: the lift to be measured from natural ground level and paid for in layers of 1.5m each, including incidental work, as per specifications-in All kinds of soils [011011]

106 Cum 87.81 9308

9 Providing and laying cement concrete, up to plinth in retaining walls, walls (any thickness) including attached plasters, columns, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets etc, excluding the cost of cement and of shuttering, centering. 1:2:4 (1 cement : 2 sand : 4 graded stone aggregate 20mm nominal size) [031023]

16 Cum 1774.56 28393

10 Neat cement punning [111180] 320 Sqm 11.76 3763

11 Making connection of medium grade G.I. distribution branch with G.I. main of following sizes by providing and fixing tee, including cutting and threading the pipe etc. complete……50 to 80 mm dia(.131162).

28 Mtr. 528.66 14802

12 Providing and fixing C.I. sluice valves (with cap) complete with bolts, nuts, rubber insertions etc. 100 mm dia (the tail pieces if required will be paid separately)…class II.100mm dia. 133202

2 Nos. 4443.32 8887

13. Providing and fixing 3 layer PP-R (Poly Propylene Random copolymer) pipes, approved by CBRI and conforming to IS:15801; U V stabilized & anti- microbial fusion welded, having thermal stability for hot & cold water supply including all PP-R plain & brass threaded polypropylene random fittings including trenching, refilling & testing of joints complete as per direction of Engineer-in-Charge. External work........32 mm OD...131064

1350 Nos. 208.4 281340

14 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end) 25 mm nominal bore [132031]

20 Nos. 324.64 6493

15 Brick work with non-modular (FPS) bricks of class designation 7.5 in foundation and plinth in : Cement mortar 1:6 [051018]

16 Cum 1929.39 30870

16 15 mm cement plaster on the rough side of single or half brick wall of mix -1:6(111022)

320 Sqm 63.82 20422

17 Supplying and filling sand in plinth and under floors including watering, ramming, consolidating and dressing complete..012050

4.5 Cum 389.08 1751

Page 17: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 16 of 25 f.DRM (Engg)/RNC

18 Providing and fixing on wall face unplasticised-Rigid PVC single socketed rain water pipes conforming to IS: 13592 Type A including jointing with seal ring conforming to IS: 5382 leaving 10mm gap for thermal expansion….110 mm dia…108162.

588 Mtr. 201.61 118547

19 Providing and fixing on wall face unplasticised-PVC moulded bend and shoe for unplasticised-Rigid PVC rain water pipes conforming to IS:13592 Type A including jointing with seal ring conforming to IS: 5382 leaving 10mm gap for thermal expansion…..108182

36 Each 185.57 6681

20 Providing and fixing on wall face unplasticised-PVC moulded bend and shoe for unplasticised-Rigid PVC rain water pipes conforming to IS:13592 Type A including jointing with seal ring conforming to IS: 5382 leaving 10mm gap for thermal expansion…..108184

36 Each 244.84 8814

21 Providing, hoisting and fixing in position up to floor two level M20 Grade precast RCC work including setting in cement mortar 1:3 ….043015

2.5 Cum 2618.68 6547

3053044

Cement

S/No. Description Qty. Unit Rate Amount

1. Supply and using cement at worksite : PPC [033063] 4.50 MT 5635 25358

Reinforcement

S/No. Description Qty. Unit Rate Amount

1. Supplying Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete. Thermo-Mechanically Treated bars [045016]

300 Kg 48.41 14523

5. In terms of provisions of new Clause 26A.1 to the GCC, Contractor shall also employ following qualified

Engineers during execution of the allotted work:-

Cost of work to be executed

No. of Engg. Diploma/Graduate

Duration

(a) `200 Lakhs and above One qualified Graduate Engineer. During the period of currency of contract.

(b) Above `25 Lakhs but less than ` 200 Lakhs

One qualified Diploma holder Engineer. During the period of currency of contract.

In case the contractor fails to employ the qualified Engineer, as aforesaid in table above, he in terms of

provisions of clause 26A.2 to the GCC, shall be liable to pay an amount of `40,000 and `25,000 for each month or part thereof for the default period for the provisions, as contained in (a) and (b) above respectively.

6. Contractor’s materials to be used in this work should be got approved by the Engineer-in-charge well before

use of the materials. This will be the responsibility of the contractor to get the materials approved by Engineer-in-charge and if the contractor uses the material without approval, the repercussion will have to be shouldered by the contractor.

Page 18: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 17 of 25 f.DRM (Engg)/RNC

7. Tools and plants required for execution of the above work should be arranged by the contractor in terms of S.E. Railway Schedule of labour and material rates.

8. The entire work to be executed under the supervision of Railway’s Engineer-in-charge or his authorized

representative at site. 9. The contractor has to arrange for sufficient men and materials to ensure speedy progress of works, so that

work is not affected by rise in water level etc. However contractor will have not claim for damage to work done by him in case of flash flood or any other causes made or natural etc.

10. No compensation whatsoever towards any accident will be paid by the Railway. 11. The tender documents as signed by the contractor shall be taken to mean as part and parcel of the

agreement. 12. In case of accidents/natural calamities involving human lives, Railway shall have the right to use Contractors

vehicles and equipments for rescue and restoration work, as per requirement. Necessary payment for such utilization of contractor’s resources shall be made by inclusion of suitable additional non-schedule items in the contract at rates and conditions mutually agreed. However, utilization of contractor’s resources shall not be held up for finalization of rates and conditions or any other reason whatsoever.

13. The contractor shall purchase season tickets as per the extant procedure for his labour for travel by train in

order to ensure adequate facilities of their transportation from their place of living to the place of work and back. However, no free Railway passes shall be issued by the Railway to the Contractor or any office Employee/Worker. No claim on account of purchase of season tickets on the part of the contractor will be entertained by the Railway Administration.

14. (A) The deduction of Income Tax at source at the rate of 2% shall be made from the Contractor’s bills in terms of provision in section 194-C of the Income Tax Act 1961.

(B.)TDS provision will be effected from the bills regarding (1)VAT/Sales Tax on supply portion of the bill .

15. Any special conditions given by the tenders in the tender schedule will be summarily rejected.

16. The tenderer for carrying out any construction work in Jharkhand/West Bengal must get themselves registered from the registering Officer under section-7 of the building and other construction works Act,1996 and rules made thereto by the Jharkhand/ West Bengal Govt. and submit certificate of registration issued from the registering Officer of the Jharkhand/ West Bengal Govt. (Labour Deptt). For enactment of this act the tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill. Cost of materials shall be outside the purview of cess, when supplied under the separate schedule item.

17. Royalty clearance certificate for mineral to be submitted by the contractor. 18. No extra lead, lift or any other charges will be paid to the contractor for non SOR items. 19. Income tax, Con.cess & all other taxes where applicable will be deducted at source as per permissible rate. 20. (Price Variation Clause (PVC) shall be applicable only for contract of value (Contract agreement value) `50 Lakh and more, irrespective of the contract completion period) 21. The following documents should be specified for submission along with tender-

(a) List of Personnel, Organisation available on hand and proposed to be engaged for the subject work, (b) List of plant and machinery available on hand (own) and proposed to be inducted (own and; hired to be

given separately) for the subject work). (c) List of works completed in the last three financial years giving description of work, organization for whom

executed approximates scheduled completion of work. Date of actual start, actual completion and final value of contract should also be given.

Page 19: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 18 of 25 f.DRM (Engg)/RNC

(d) List of works on hand indicating description of work, contract value, approximate value of balance work yet to be done and date of award.

Note: (1) In case of items (c) and (d) above, supportive documents/certificates from the Organizations with

whom they worked/are working should be enclosed. (2) Certificates from private individuals for whom such works are executed/being executed should not

be accepted.

Condition for procurement of steel items

“All Reinforcement steel (TMT Bars) and structural steel shall be procured as per specifications mentioned in BIS’s documents-IS:1786 and IS: 2062 respectively. Independent tests shall be conducted, wherever required, to ensure that the materials procured conform to the specifications. These steel shall be procured only from those firms, which are established. Reliable, Indigenous & Primary producers of Steel, having integrated steel plants (IPS), using iron ore as the basic raw material and having in-house iron rolling facilities, followed by production of liquid steel and crude steel, as per Ministry of Steel’s guidelines. However, only certain isolated sections of structural steel, not being rolled by ISPs, can be procured from the authorised re-rollers of ISPs authorised licensee of BIS having traceability system and who use billets produced by ISPs. Traceability shall be ensured by an officer specially authorised by the concerned SAG officer of the Zonal Railway on case to case basis for this purpose.”

Page 20: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 19 of 25 f.DRM (Engg)/RNC

CLAUSE 46A- PRICE VARIATION CLAUSE (Price Variation Clause (PVC) shall be applicable only for contract of value (Contract agreement value) `50 Lakh and more, irrespective of the contract completion period) CLAUSE 46A- PRICE VARIATION CLAUSE

46A.1 Price Variation Clause shall be applicable only for contract of value as prescribed by the Ministry of Railways through instructions/circulars issued from time to time and irrespective of the contract completion period. Variation in quantities shall not be taken into account for applicability of PVC in the contract .Materials supplied free of cost by Railway to the contractors shall fall outside the purview of Price Variation Clause. If, in any case, accepted offer includes some specific payment to be made to consultants or some materials supplied by Railway free or at fixed rate, such payments shall be excluded from the gross value of the work for the purpose of payment/recovery of price variation.

46A.2 The Base Month for 'Price Variation Clause' shall be taken as month of opening of tender including extensions, if any, unless otherwise stated elsewhere. The quarter for applicability of PVC shall commence from the month following the month of opening of tender. The Price Variation shall be based on the average Price Index of the quarter under consideration.

46A.3 Rates accepted by Railway Administration shall hold good till completion of work and no additional individual claim shall be admissible an account of fluctuations in market rates, increase in taxes/any other levies/tolls etc. except that payment/recovery for overall market situation shall be made as per Price Variation Clause given hereunder.

46A.4 Adjustment for variation in prices of material, labour, fuel, explosives, detonators, steel, concreting, ferrous, non-ferrous, insulators, zinc and cement shall be determined in the manner prescribed.

46A.5 Components of various items in a contract on which variation in prices be admissible shall be Material, Labour, Fuel, Explosives, Detonators, Steel, Cement, Concreting, Ferrous, Nonferrous, Insulator, Zinc, Erection etc. However, for fixed components, no price variation shall be admissible.

46A.6 The percentages of labour component, material component, fuel component etc. in various types of Engineering Works shall be as under:

Component Percentage Component Percentage

(A) Earthwork Contracts :

Labour Component 50% Other Material Components 15%

Fuel Component 20% Fixed Component * 15%

B) Ballast and Quarry Products Contracts :

Labour Component 55% Other Material Components 15%

Fuel Component 15% Fixed Component * 15%

(C) Tunnelling Contracts :

Labour Component 45% Detonator Component 5%

Fuel Component 15% Other Material Components 5%

Explosive Component 15% Fixed Component * 15%

(D) Other Works Contracts:

Labour Component 30% Fuel Component 15%

Material Component 40% Fixed Component * 15%

* It shall not be considered for any price variation.

46A.7 The Amount of variation in prices in several components (labour material etc.) shall be worked out by the following formulae: (i) L = R x (1-1o) x P

Io 100

Page 21: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 20 of 25 f.DRM (Engg)/RNC

(ii) M = R x (W-Wo) x Q Wo 100 (iii) U = R x (F-Fo) x Z

Fo 100 (iv) X = R x (E-Eo) x S

Eo 100 (v) N = R x (D-Do) x T

Do 100 (vi) Ms = O x (Bs-Bso) (vii) Mc = A x (Wc-Wco) / Wco For Railway Electrification Works: (viii) Mcc.= [(C-Co)/Co x 0.4136]x G (ix) Mf = [(Sf-Sfo)/Sfo + (Z-Zo)/Zo x 0.06]x H (x) Mnf = [(Cu-Cuo)/Cuo] x J (xi) Mz = [(Z-Zo)/Zo] x W (xii) Min = [(In - Ino)/In] x 85 Where, L Amount of price variation in Labour M Amount of price variation in Materials U Amount of price variation in Fuel X Amount of price variation in Explosives N Amount of price variation in Detonators Ms Amount of price variation in Steel Mc Amount of price variation in Cement Mcc Amount of price, variation in Concreting Mf Amount of price variation in Ferrous Mnf Amount of price variation in Non-Ferrous Mz Amount of price variation in Zinc MIN Amount of price variation in Insulator O Weight of steel in tonnes supplied by the contractor as per the 'on-account' bill for the month under

consideration R Gross value of work done by contractor as per on-account bill(s) excluding cost of materials supplied by

Railway at fixed price minus the price values of cement & steel . This will also exclude specific payment, if any, to be made to the consultants engaged by contractors (such payment will be indicated in the contractor's offer)

A Value of Cement supplied by Contractor as per an account bill in the quarter under consideration Io Consumer Price Index Number for Industrial Workers - All India - Published in R.B.I. Bulletin for the

base period I Consumer Price Index Number for Industrial Workers - All India - Published in R.B.I. Bulletin for the

average price index of the 3 months of the quarter under consideration. Wo Index Number of Wholesale Prices - By Groups and Sub- Groups – All commodities – as published in

the R.B.I. Bulletin for the base period. W Index Number of Wholesale Prices - By.Groups and Sub- Groups - All commodities – as published in

the R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration Fo Index Number of Wholesale Prices - By Groups and Sub-Groups for Fuel, Power, Light and Lubricants

as published in the R.B.I. Bulletin for the base period.

Page 22: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 21 of 25 f.DRM (Engg)/RNC

F Index Number of Wholesale Prices - By Groups and Sub-Groups for Fuel, Power, Light and Lubricants as published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration

Eo Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the base period

E Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the average price index of the 3 months of the quarter under consideration

Do Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the base period

D Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the average price index of the 3 months of the quarter under consideration

Bs SAIL's (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower

Bso SAIL's ex-works price plus Excise Duty thereof (in Rs. per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened

Wco Index No. of Wholesale Price of sub-group (of Cement) as published in RBI Bulletin for the base period Wc Index No. of Wholesale Price of sub-group (of Cement) as published in RBI Bulletin for the average

price index of the 3 months of the quarter under consideration C RBI wholesale price index for cement for the month which is six months prior to date of casting of

foundation Co RBI wholesale price index for cement for the month which is one month prior to date of opening of

tender Z IEEMA price for Zinc for the month which is two months prior to date of inspection of material Zo IEEMA price for Zinc for the month which is one month prior to date of opening of tender Cu IEEMA price for Copper wire bar for the month which is two months prior to date of inspection of

material. Cuo IEEMA price for Copper wire bar for the month which is one month prior to date of opening of tender. Sf IEEMA price index for Iron & Steel for the month which is two months prior to date of inspection of

material. Sfo IEEMA price index for Iron & Steel for the month which is one month prior to date of opening of tender. In RBI wholesale price index for Structural Clay Products for the month which is two months prior to date

of inspection of material Ino RBI wholesale price index for Structural Clay Products for the month which is one month prior to date of

opening of tender P % of Labour component Q % of Material component Z % of Fuel component S % of Explosive component T % of Detonators component G % of Concreting Component H % of Ferrous Component J % of Non-Ferrous Component W % of Zinc Component

46A.8 The demands for escalation of cost shall be allowed on the basis of provisional indices made available by Reserve Bank of India. Any adjustment needed to be done based on the finally published indices shall be made as and when they become available.

Page 23: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 22 of 25 f.DRM (Engg)/RNC

46A.9 Relevant categories of steel for the purpose of operating Price Variation formula, as mentioned in this Clause, based on SAIL's ex-works price plus Excise Duty thereof, shall be as under:

SL Category of Steel Supplied In Railway Work

Category of Steel Produced By SAIL Whose Ex- Works Price Plus Excise Duty Would Be Adopted To Determine Price Variation

1 Reinforcement bars and other rounds TMT 8mm IS 1786 Fe 415/Fe 500

2 All types and sizes of angles Angle 65 x 65 x 6 mm IS 2062 E250A SK

3. All types and sizes of plates PM Plates above 10-20 mm IS 2062 E250A SK

4. All types and Sizes of channels and joists

Channels 200 x 75 mrn IS 2062 E250A SK

5. Any other section of steel not covered in the above categories and excluding HTS

Average of price for the 3 categories covered under SL 1,2 & 3 above

46A.10 Price Variation during Extended Period of Contract

The price adjustment as worked out above, i.e. either increase or decrease shall be applicable up to the stipulated date of completion of work including the extended period of completion where such extension has been granted under Clause 17-A of the General Conditions of Contract. However, where extension of time has been granted due to contractor's failure under Clause 17-B of the General Conditions of Contract, price adjustment shall be done as follows: (a) In case the indices increase above the indices applicable to the last month of original completion period or the extended period under Clause 17-A, the price adjustment for the period of extension granted under Clause 17-B shall be limited to the amount payable as per the Indices applicable to the last month of the original completion period or the extended period under Clause 17-A of the General Conditions of Contract; as the case may be. (b) In case the indices fall below the indices applicable to the last month of original/ extended period of completion under Clause 17-A. as the case may be; then the lower indices shall be adopted for the price adjustment for the period of extension under Clause 17-B of the General Conditions of Contract. NOTE: 1) Where rates are fixed through negotiations and in negotiated Tenders, the base month for price Variation Clause is the month in which negotiations are held. 2) If nomenclature of any of the mentioned index is changed / modified or publication stopped by the RBI, then Railway’s decision regarding the index to be used in lieu, for calculation of PVC will be final.

Page 24: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 23 of 25 f.DRM (Engg)/RNC

VENDER MANDATE FORM

1. PARTICULARS OF THE PARTY: (a) NAME… (b) ADDRESS… ………………………………………………………… ………………………………………………………… (c) PHONE No. ………………MOBILE No.: ……… FAX NO.: ………….. (d) I.TAX PAN No. …………………EMAIL No. ………………………….. (e)TIN No. VAT Registered No./Sales Tax Regd. No. …………………………… (f) CST Regd. No.…………………………………………………………… 2. PARTICULARS OF BANK ACCOUNT: (a) BANK NAME: ………………………………………………………… (b) BRANCH ………………………………………………………… (c) BANK ADDRESS ………………………………………………………… (d) BANK TEL. No. ………………………………………FAX NO.: ………….. (e) BANK MICR CODE (9Digit) (f) BANK ACCOUNT No.… (g) ACCOUNT TYPE: SAVING/CURRENT/CASH CREDIT LEDGER/ F/No. … 3. DECLARATION BY THE PARTY: I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information the user institution i.e. S.E. Railway will not be held responsible. I have understood the scheme and agree to discharge the responsibility expected from me as a participant under the scheme. This Mandate Form should be treated as an application for the purpose of

(i) Refunds of EMD in the even of un-successful tender and/or (ii) Any due payments made by Railways.

Date : ………………….. Signature of the party with Stamp 4. Certified that the particulars of Bank Account furnished above are correct as per our records.

Bank’s Seal Signature of the authorized official of the Bank

Page 25: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 24 of 25 f.DRM (Engg)/RNC

IRREVOCABLE GUARANTEE BOND

SPECIMEN BG FORMAT FOR PERFORMANCE GUARANTEE

1. In consideration of the President of India acting through the Financial advisor and Chief Accounts

Officer S.E. Railway/GRC (hereinafter called “the Government”) having agreed to exempt M/s Sri………………………..(hereinafter called “the said contractor (s)” from the demand, under the terms and conditions of Acceptance Letter No dtd: made between the S.E.Railway/GRC and M/s Sri…………… for execution of………………………..(hereinafter called “the said Agreement”), of Performance Guarantee for the due fulfillment by the said Contractor(s) of the terms and conditions contained in the said Agreement on production of an irrevocable Bank Guarantee for `………………./-(Rupees………………………only). We, …………….. Bank………….(hereinafter referred to as “the Bank”)at the request of M/s/Sri………….. do hereby undertake to pay to the Government an amount not exceeding `……………/- against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reasons of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement with regard to performance.

2. We, Bank, do hereby undertake to pay the amounts due and payable under this a guarantee without any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of any breach by the said Contractor(s) or any of the terms or conditions contained in the said Agreement or by reason of the contractor(s) failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regard the amount due and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be restricted to the amount not exceeding `…………./-

3. We,…………………Bank,………………undertake to pay to the Government any money so demanded not withstanding any dispute or raised by the contractor(s)/supplier(s) in any suit or proceeding before any Court of tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s)/supplier(s) shall have no claim against us for making such payment.

4. We,…………….Bank,......................further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till………..(Office/Department). Ministry of …………certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharge the guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ……………..(date), we shall be discharged from all liability under this guarantee thereafter.

5. We,…………Bank,…………further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said Contractor(s) and to for bear or enforce any of the terms and conditions relating the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor(s) of for any forbearance act or omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.

Page 26: DRM (Engg)/RNC/11/2016, dt. 29.034.imimg.com/data4/LR/OB/HTT-1672/1672_2016-03-30... · DRM(Engg)/S.E.Rly/RNC,AEN- Muri on production of receipt of the said amount towards the cost

Signature of tenderer/s Page 25 of 25 f.DRM (Engg)/RNC

6. Since our branch is situated outside the geographical jurisdiction of S.E.Railway/GRC our local branch located at and operating within the geographical jurisdiction of S.E Railway/GRC is hereby authorized to endorse the irrevocable BG for encashment as and when presented by the S.E. Railway/GRC Admn.

7. The period of validity of the above irrevocable Bank Guarantee shall be as under:- (a) For works without maintenance period, the above Performance Bank Guarantee shall be valid up to 60

days beyond the date of completion, i.e. up to dtd……… (b) For works involving maintenance period, the BG shall be valid up to expiry of the maintenance period

i.e. up to dtd……… The time limit at (a) & (b) above shall also be applicable in case of extension of Performance BG already submitted.

8 We,………….Bank,………….lastly undertake not to revoke the guarantee during its currency except with the previous consent of the Government in writing. Dated the…… Day of…………2016 Note: 1. Clause No. 6 is applicable in case the BG issuing bank branch is situated outside the geographical periphery of S.E. Railway/GRC. 2. Clause No. 7 may be modified as per the nature of work and maintenance period involved (if any).